Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,1998 PSA#2042

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

37 -- BALER SOL N00244-98-Q-0130 DUE 031698 POC Contracting Officer, Jessica Dunker @619-532-2588; FAX 619-532-2347 WEB: click here to learn more about FISC San Diego and additional contracting opportunities, http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote or to contact the Contracting Officer via e-mail, jessica_e._dunker@fmso.navy.mil. FISC San Diego is announcing its intent to issue a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is N00244-98-Q-0130. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46 and Defense Acquisition Circular 91-11. The standard industrial code is 3523, and the business size standard is 500 employees. Clin 0001 is for one (1) each baler with the following characteristics: a conveyor with a 48" hopper, 208 volt, 3 phase, 50 Hz power source, capable of make a bale of 30" x 60" x up to 48" H, 10" press cylinder bore, UL listed, steel banding or wire, 3000 psi pressure, 235,620 lbs. max ram pressure, 150 psi, 30 second cycle time with no load, 20 HP motor, 1750 RPM, 3 pulse, 120 gallon oil reserve, approx. 158" H X 86" W X 228" D, approx. 1900 lbs., must meet ANSI/OSHA standards. Clin 0002 is for one (1) each baling wire for 250 bales. Clin 0003 is for 1 each installation and travel charge for equipment destination in Atsugi, Japan. This Clin shall have vendor personnel traveling to Atsugi, Japan to provide installation and training of new equipment. Installation and training shall both be done at the same time period and shall not exceed two (2) weeks. NAF Atsugi shall move the baler from the shipping address to the final installation location and provide shelter for the baler, anchoring, and electrical power at the baler. Vendor personnel will perform the electrical hook up at the baler and make all performance adjustments. Vendor personnel shall operate all baler and conveyor functions to insure the system is operating satisfactory. Vendor personnel shall provide training and training material to NAF personnel and insure that NAF personnel are able to safely operate the baler. NAF personnel shall operate the baler under vendor guidance. The contractor shall be responsible for shipping the equipment to Port Hueneme CA for further transshipment to Atsugi Japan. The activity must be informed at least two (2) weeks prior to delivery of equipment. GENERAL REQUIREMENTS: (1) OPERATION AND SERVICE MANUALS. Four (4) copies of contractor's standard commercial manuals for each piece of equipment included in the system shall be provided. Manuals shall be delivered with the equipment. (2) ON-SITE TRAINING. The contractor shall provide training for personnel at the receiving activity within thirty (30) days after delivery of the equipment. The contractor shall provide all labor and resources for the training. The training shall include operation and preventive maintenance evolutions on the equipment and shall be consistent with instructions in the contractor's Operation and Maintenance Manuals. The contractor's instructor shall be expert in the operation and maintenanceof the equipment and shall have a prepared training agenda. The instructor shall explain contractor warranty provisions related to the equipment. The contractor's Operation and Maintenance Manual shall be used as a training aid. (3) WARRANTY. The warranty period shall be not leas than 12 months from the date of delivery of the oil/water separator. The Contractor shall be responsible for submitting a notification by letter advising of the completion of all applicable contract requirements related to site requirements list preparation, equipment delivery, consumable items delivery, installation, start up, training and manuals. The letter will serve as a formal Project Completion Notice and should be cent within 14 days after the last contract requirement has been completed. In addition, the contractor shall be responsible for shipping equipment directly to the customer. To assure the receiving activity is adequately prepared for offloading and storage/installation of equipment, the contractor shall notify the activity by letter of the estimated delivery date at least 2 weeks before the equipment is shipped. A copy of the letter shall be sent to: COMMANDING OFFICER NAVAL CONSTRUCTION BATTALION CENTER ATTN: CESO CODE 15L2 1000 23RD AVENUE PORT HUENEME, CA 93043-4301 SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of lading, correspondence, crates, boxes, shipment markings, DD-250s etc., pertaining to procurement and shipment of this equipment: All shipping documents, including MATERIAL INSPECTION AND RECEIVING REPORTS (DD Forms 250 Series) or CONTRACTOR'S COMMERCIAL SHIPPING NOTICES, shall be expanded to include the following information, as applicable, to permit ready identification of the appropriate procurement transaction and provide required control information 1. Prime contractor's Name and address. 2. "Shipped from" location, if different. 3. "Shipped to" code and address. 4. "Marked for" code and address. 5. Contract or Purchase Order Number. 6. DOCUMENT or Requisition Number. 7. Appropriation and Accounting Data. 8. Description of item(s) delivered. 9. National Stock Number if assigned. 10. Prime contractor's Make, Model and Serial Number. 11. Engine manufacturer's Name, Model and Engine Serial Number. 12. Navy Registration Number applicable to each serial number. 13. Quantity of items delivered. 14. Unit prices and extended total price. 15. Date of shipment. 16. Weight and cube. 17. Port of Embarkation if overseas destination. 18. Special shipping instructions as specified in the contract or purchase order. 19. A descriptive list including quantity of items shipped, with the CLIN, but not permanently attached thereto, i.e., tools, jacks, manuals, spare tire, etc. Deliveries of all items are to be FOB Dest to Port Hueneme, CA. Acceptance shall be made at destination. The provisions at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offeror are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies as well as the following addendum clause: FAR 52.211-5, New Material. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provision 52.212-2, Evaluation -- Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitations minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. Please ensure that your company's cage code, mailing and remittance addresses are reflected on your quote. Quotes must be received no later than 03-16-98, and will be accepted via fax (619-532-2347), e-mail (jesica_e._dunker@ fmso.navy.mil) or via the post office at the above address and code. (0056)

Loren Data Corp. http://www.ld.com (SYN# 0231 19980302\37-0001.SOL)


37 - Agriculture Machinery and Equipment Index Page